PM and Repair of Oil Water Separators, Interceptors and Sediment Catchment Basin Systems
ID: 413-25-P-0000001405Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0413 AQ HQ RCO-HIFORT SHAFTER, HI, 96858-5025, USA

NAICS

All Other Miscellaneous Waste Management Services (562998)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Army, is seeking qualified firms for the preventive maintenance and repair of oil water separators, interceptors, and sediment catchment basin systems at various installations on the Island of Oahu, Hawaii. This opportunity is part of a Sources Sought notice aimed at gathering information on the capabilities of potential contractors to fulfill the requirements outlined in the draft performance work statement. The services are critical for maintaining environmental compliance and operational efficiency in military water management systems, particularly in facilities such as motor pools and gas stations. Interested firms must submit their capability statements, including their intent to quote, firm details, and relevant experience, to Travis Tonini at travis.c.tonini.civ@army.mil by April 9, 2025, at 10:00 AM Hawaii Standard Time.

Point(s) of Contact
Files
Title
Posted
Mar 28, 2025, 1:05 AM UTC
The file outlines the installation and maintenance requirements for various facilities across military installations, specifically detailing water management systems associated with motorpools, gas stations, wash racks, and sediment basins at Schofield Barracks, Fort Shafter, and Wheeler. Each entry lists the building number, installation type, water capacity in gallons, and specific comments, indicating whether the facility is a designated consolidation location or involves confined spaces. Notable entries include high-capacity sediment basins at the car wash facilities and a significant water usage for the motorpool areas, reflecting the military's operational needs for vehicle maintenance. The document's structured presentation of data highlights the federal government's focus on infrastructure support and environmental considerations, aligning with RFPs and grants aimed at enhancing operational efficiency and compliance with water management regulations. Overall, it serves as a critical resource for understanding resource allocation and requirements at military installations.
Lifecycle
Title
Type
Similar Opportunities
Pump and Clean Oil-Water Separators
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking qualified small businesses to provide cleaning services for eleven oil-water separators (OWS) and their associated sand interceptors at Holloman Air Force Base in New Mexico. The procurement involves comprehensive tasks including sample analysis, pumping, chamber cleaning, and waste removal, all in compliance with federal, state, and local environmental regulations. This initiative underscores the government's commitment to environmental compliance and effective waste management at military facilities. Interested vendors must submit their participation for a site visit by May 5, 2025, and responses to the Request for Quotation are due by May 14, 2025; for further inquiries, contact SrA Hans Kettelkamp at hans.kettelkamp@us.af.mil or Johnnie Walker at johnnie.walker.2@us.af.mil.
Potable Water SCADA Systems Maintenance, Various Locations, Oahu, Hawaii
Buyer not available
The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Hawaii, is seeking a contractor for the maintenance and repair of potable water SCADA systems at various locations in Oahu, Hawaii. The contract encompasses technical assistance for on-site maintenance of SCADA central and remote monitoring equipment, including calibration, inspection, testing, and software updates, ensuring the systems remain fully operational and safe. This procurement is critical for monitoring and controlling the potable water utility systems at Pearl Harbor and the Navy Public Works Center, with a contract term of 12 months plus four optional 12-month periods and one six-month extension, totaling a maximum of 66 months. Interested parties should contact Robert Wong at robert.l.wong13.civ@us.navy.mil or call 808-471-1592 for further details, and proposals must be submitted via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Application.
Void Tank Cleaning Services
Buyer not available
The Department of Defense, through the Naval Supply Fleet Logistics Center Pearl Harbor, is seeking qualified small businesses to provide Void Tank Cleaning Services for YON 328 at Joint Base Pearl Harbor, Hawaii. The primary objective is to address salt buildup in the interstitial void tanks, which is critical for preventing corrosion that could compromise the fuel barge's hull ahead of an upcoming INSURV inspection scheduled for December 2024. The contract period extends from the award date through September 30, 2025, with all work required to be completed by that date. Interested contractors must submit detailed quotes by 11:00 AM Hawaii Standard Time on April 29, 2025, and direct any questions to David Chang at david.d.chang3.civ@us.navy.mil or by phone at 808-473-7548.
U.S. Army Garrison Hawaii - Pohakuloa Training Area (PTA), Kilauea Military Camp (KMC), and Kawaihae Dock (K-Dock) Refuse Service
Buyer not available
The Department of Defense is soliciting proposals for refuse services at the U.S. Army Garrison Hawaii, specifically for the Pohakuloa Training Area (PTA), Kilauea Military Camp (KMC), and Kawaihae Dock (K-Dock). The objective of this procurement is to ensure efficient and environmentally compliant refuse collection and disposal to support the mission of the USAG-HI Department of Public Works. This contract, set aside for small businesses, emphasizes the importance of sustainable waste management practices and compliance with federal environmental standards. Interested contractors must submit their quotes by April 28, 2025, and can direct inquiries to Edmond Chan at edmond.r.chan.civ@army.mil or Jacob Kamelamela at jacob.c.kamelamela.civ@army.mil for further information.
Z--INSTALL BURIED FILTERED WATER TANK IAW CONSTRUCTION SPECIFICATIONS
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for the installation of a buried filtered water tank at Haleakalā National Park in Hawaii. The project involves constructing a 50,000-gallon cast-in-place concrete water tank, along with a bypass water system, vehicle turnout, and associated distribution piping, all while adhering to strict environmental regulations and minimizing disruption to park operations. This initiative is crucial for enhancing the park's water storage capacity and ensuring a reliable potable water supply, reflecting the government's commitment to infrastructure improvement and ecological preservation. Interested vendors should submit their capabilities and relevant experience to Michael Davidson at michaeldavidson@nps.gov by the specified deadline, as this is a sources sought announcement and not a solicitation for bids.
DFAC Food Waste Pick-Up and Disposal Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for food waste pick-up and disposal services at government-owned dining facilities located at Schofield Barracks, Wheeler Army Airfield, and East Range Military Reservation in Hawaii. The contractor will be responsible for providing all necessary labor, management, supervision, materials, tools, equipment, supplies, and transportation to ensure compliance with local, state, and federal regulations as outlined in the Performance Work Statement. This opportunity is a total small business set-aside, emphasizing the importance of small business participation in government contracts, and the contract will be awarded on a firm-fixed price basis. Interested contractors must submit their offers by 10:00 AM on May 16, 2025, and are encouraged to attend a site visit scheduled for April 23, 2025. For further inquiries, contact Cierra Urquhart at cierra.s.urquhart.civ@army.mil or Kimberly Feng at kimberly.m.feng.civ@army.mil.
Paint Pump Maintenance and Repairs
Buyer not available
The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is seeking qualified contractors for the maintenance and repair of WIWA® equipment. The procurement aims to ensure operational efficiency by providing quarterly maintenance services, which include thorough inspections, fluid testing, minor repairs, and meticulous record-keeping for various equipment types, specifically the WIWA® Herkules and Magnum models. This opportunity underscores the Navy's commitment to maintaining high operational standards while adhering to stringent federal security and operational guidelines. Interested parties must submit their capability statements by 03:00 HST on 01 March 2025, and all inquiries should be directed to the primary contact, Reid Saito, at reid.y.saito.civ@us.navy.mil.
Update USAG Okinawa Stormwater Pollution Prevention Plan
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified contractors to update the Stormwater Pollution Prevention Plan (SWPPP) for the United States Army Garrison (USAG) Okinawa, Japan. The contractor will be responsible for providing all necessary labor, tools, and equipment to ensure compliance with environmental regulations and standards, including conducting site surveys and stakeholder interviews. This initiative is crucial for maintaining environmental stewardship and regulatory adherence at military installations, with the contract period set from June 1, 2025, to May 31, 2026. Interested parties, particularly Women-Owned Small Businesses, must submit their proposals by May 9, 2025, and direct any inquiries to Ms. Norie Moromizato at norie.moromizato.2.jp@us.af.mil.
San-I-Pak Maintenance at Tripler Army Medical Center, Hawaii
Buyer not available
The Department of Defense, through the Medical Readiness Contracting Office-Pacific, is seeking qualified vendors to provide maintenance services for the government-owned San-I-Pak sterilizer located at Tripler Army Medical Center in Hawaii. The procurement aims to ensure that the sterilizer remains fully functional, requiring all labor, parts, materials, and travel in accordance with original equipment manufacturers' specifications. This maintenance is critical for supporting medical readiness and operational efficiency within the facility. Interested organizations must submit their capability statements, including company details and qualifications, by April 30, 2025, at 10:00 AM Hawaii Standard Time, to Ronnie Sakata at ronnie.t.sakata.civ@health.mil. All vendors must be registered in the System for Award Management (SAM) with the appropriate NAICS code 811210.
CONTRACTOR-OWNED /CONTRACTOR OPERATED AND GOVERNMENT-OWNED/ CONTRACTOR-OPERATED, AND (COCO/GOCO) FUEL OPERATIONS AT United States Army Garrison, HI (USAG-HI) for Schofield Barracks and Wheeler Army Airfield (Wheeler AAF).
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking information from potential contractors for Contractor-Owned/Contractor-Operated and Government-Owned/Contractor-Operated (COCO/GOCO) fuel operations at the United States Army Garrison in Hawaii, specifically for Schofield Barracks and Wheeler Army Airfield. The procurement aims to secure bulk and retail fuel services, including the operation, management, and administration of fuel products, with a contract period anticipated to begin on April 1, 2027, and extend through April 30, 2031, with options for additional years. This opportunity is crucial for maintaining efficient fuel supply operations for military installations, and interested parties are encouraged to submit their capabilities and past performance information by May 9, 2025, to Lisa Marsh at Lisa.Marsh@dla.mil or James Harkless at James.Harkless@dla.mil.